Refrigerant - Virgin (unused) 1,1,1,2 Tetrafluoroethane (R-134a)
ID: 80LARC905745QType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA LANGLEY RESEARCH CENTERHAMPTON, VA, 23681, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) Langley Research Center is seeking qualified vendors to supply 200,000 pounds of Virgin (unused) 1,1,1,2 Tetrafluoroethane (R-134a) refrigerant, adhering to ARI-700 standards. This procurement is critical for operations at the Transonic Dynamics Tunnel, where the refrigerant will be utilized in various testing applications. The contract is a total small business set-aside, with an initial delivery required around October 15, 2025, and subsequent deliveries scheduled through August 2026. Interested vendors must submit their quotes by August 22, 2025, to Daphne Darden at daphne.g.darden@nasa.gov, ensuring compliance with all specified requirements and regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a NASA Langley Research Center (LaRC) solicitation, addressing contractor inquiries during a question and answer period. Key elements include instructions for acknowledging the receipt of the amendment, which can be done through specific forms or electronic communication. The amendment also notes that the submission deadline for quotes has been extended to August 22, 2025, at 4:30 PM EDT. Responses to questions include information about the previous contract winner, North American Refrigerants Inc., with a value of $1,134,400, and confirmation that NASA LaRC does not offer advanced or progress payments. Additionally, the delivery item requires an “ARI-700 Certificate of Analysis” instead of a warranty, as the item is raw material. Past pricing information was also requested but simply referred back to the previous contract details. Overall, the document emphasizes the importance of proper communication regarding amendments in federal procurement processes and clarifies the terms for this specific solicitation amendment.
    The document outlines a solicitation for the procurement of Virgin R134a Refrigerant by the NASA Langley Research Center, specifically designated for women-owned small businesses (WOSB). It includes vital information such as the solicitation number, requisition details, and contractor information, emphasizing a commitment to minority business participation. The solicitation is unrestricted, and there are various delivery dates for the specified quantity of refrigerant across the year 2026. Payment terms, including a net 30 days upon delivery, and invoicing details are highlighted. The document also specifies that NASA is exempt from sales tax, reinforcing regulatory adherence. The structured inquiry process allows for open communication through a designated contact person. Overall, this solicitation reflects the government's initiative to engage small, women-owned businesses in fulfilling federal contracts, thereby fostering economic growth and inclusivity within the marketplace.
    The document is a solicitation for a Women-Owned Small Business (WOSB) contract issued by NASA Langley Research Center. It outlines the requirements for an acquisition of commercial products and services, specifically focusing on the procurement of Virgin R134a refrigerant over multiple delivery phases from 2025 to 2026. The solicitation includes details such as the requisition and contract numbers, award date, and contact information for procurement inquiries. It specifies the due date for offers and includes sections for pricing, quantities, and shipping information. The Navy also emphasizes federal acquisition regulations in the contracting process and identifies the solicitation as potentially open to various socio-economic categories, including economically disadvantaged women-owned small businesses. The documentation serves as a formal request for bids, highlighting NASA's commitment to supporting small businesses while ensuring compliance with federal regulations.
    The document outlines a request for proposals (RFP) for the procurement of 200,000 lbs of R134a refrigerant for NASA Langley Research Center's Transonic Dynamics Tunnel. The procurement includes the supply of refrigerant, transportation, delivery, and necessary documentation. Each delivery must adhere to ARI-700 standards, accompanied by an ARI-700 Certificate of Analysis, weight certificate, and Material Safety Data Sheet prior to unloading. Deliveries will be made in increments of 40,000 lbs from October 2025 to August 2026. The contractor is responsible for connecting delivery trucks to the Langley storage tank, using specified couplers and equipment, ensuring pressure balance during the transfer. Communication with the facility's Technical Representative is required at least 10 days before delivery to confirm readiness. Overall, the purpose of this RFP is to ensure the safe and compliant procurement and delivery of refrigerant essential for conducting tests at the facility, emphasizing meticulous adherence to standards and protocol.
    This document outlines provisions of the Federal Acquisition Regulation (FAR) related to telecommunications and supply chain security, focusing on prohibitions against using covered telecommunications equipment or services under federal contracts. It emphasizes compliance with the John S. McCain National Defense Authorization Act, which restricts federal agencies from contracting with entities that utilize such equipment. Offerors must confirm whether they provide or utilize covered telecommunications services during contract performance, disclosing specific details if affirmative. Additionally, the federal government has implemented measures to ensure that no items produced by prohibited sources are included in contracts. NASA-specific regulations further restrict engagement with Chinese entities funded after April 25, 2011, and require offerors to certify that they are not associated with such companies. This document serves as a critical guide for participants in government RFPs, ensuring adherence to security and ethical standards in procurement processes.
    The document outlines various clauses relevant to a contract under the Federal Acquisition Regulation (FAR) and NASA FAR Supplement (NFS) for a specific solicitation identified as 80LARC905745Q. It introduces key FAR clauses including those addressing limitations on subcontractor sales, commercial product terms, small business set-asides, and hazardous materials management. A special emphasis is placed on regulations concerning access to NASA facilities, particularly for foreign nationals and lawful permanent residents, detailing necessary security measures, identification compliance with the REAL ID Act, and requirements for escorting foreign personnel. The document specifies delivery requirements, including notification procedures, acceptable delivery times, and responsibilities for equipment handling. It highlights the importance of maintaining compliance with security protocols and proper documentation during the contracting process. This contract emphasizes the government's commitment to ensuring lawful compliance, safety standards, and efficient operations while managing contractor access to sensitive NASA facilities and information. Overall, the document serves as a comprehensive guide for contractors regarding the contractual obligations and operational protocols necessary for engagement with NASA.
    The document pertains to a solicitation identified as 80LARC905745Q issued by NASA Langley, which includes technical specifications regarding a 134a tank equipped with specific liquid and vapor line connections. These connections, featuring spring-loaded check valves, are designed to prevent contamination and are crucial for maintaining pressure balance as outlined in the statement of work (SOW). Additionally, the inquiry raised by a potential bidder asks for information about the winner of the previous solicitation along with the awarded price. This indicates the competitive nature of the bidding process associated with the project. The overall emphasis is on adhering to technical standards and ensuring a clear understanding of past awards in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Closed Cycle Cryostat
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for a Closed Cycle Cryostat system, as part of a total small business set-aside procurement. The requirements include a comprehensive range of components such as a Cryocooler, water-cooled helium compressor, specialized hoses, optical shrouds, and radiation shields, all of which are critical for advanced scientific applications. Interested vendors must ensure that all items are brand name or equivalent, and provide documentation confirming their status as authorized distributors, with a focus on new equipment only. Quotations must be submitted via email to Elizabeth Harley by the specified deadline, and the procurement will follow a Lowest Price Technically Acceptable evaluation process.
    Single Liquid Helium Pump Contract Extension
    Buyer not available
    NASA's Kennedy Space Center is seeking to extend the contract for a sole source Liquid Helium Pump, which is critical for supporting operations at the facility. This extension is justified under the Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can fulfill the agency's requirements for this specialized equipment. The Liquid Helium Pump is essential for various aerospace applications, particularly in cryogenic environments. Interested parties can reach out to Brenda Teachworth at brenda.L.teachworth@nasa.gov or call 321-867-7449 for further details regarding this procurement opportunity.
    41--CONDENSER,REFRIGERA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of four condensers (NSN 4130015373527) essential for refrigeration applications. This solicitation is set aside for small businesses and aims to fulfill specific military requirements, highlighting the importance of reliable refrigeration equipment in defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is specified as five days after award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    41--REFRIGERATION SYSTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of refrigeration systems, specifically for National Stock Number (NSN) 4130015374995. The requirement includes a quantity of 108 units to be delivered to DLA Distribution within 11 days after order (ADO), with approved sources listed as 0VL44 4210202 and 34623 6019788. These refrigeration systems are critical for maintaining temperature-sensitive supplies and equipment within military operations. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Redacted J&A for Refrigerant Flushing
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVSUP Fleet Logistics Center Jacksonville, is seeking contractors to provide refrigerant flushing services for two R134a Refrigerant Systems at the Naval Submarine Base in Kings Bay, Georgia. The objective of this procurement is to ensure the proper maintenance and operation of critical refrigeration systems, which are essential for the functionality of naval vessels. Interested parties can reach out to Elizabeth Benites at 904-351-6134 or via email at elizabeth.benites@navy.mil for further details regarding the opportunity. The procurement falls under the PSC code J019, which pertains to maintenance, repair, and rebuilding of equipment related to ships and small craft.
    41--CONDENSING UNIT,REF
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 18 units of a condensing unit, refrigeration (NSN 4130016421385). This solicitation is part of a combined synopsis/solicitation and aims to fulfill specific requirements for refrigeration equipment essential for military operations. The approved source for this procurement is identified as RUT309-2-PM, and all responsible sources are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with quotes due within 140 days after the award date.
    COMPRESSOR,REFRIGER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of refrigeration compressors. This procurement aims to ensure the operational readiness of critical refrigeration and air conditioning equipment, which is vital for various military applications. The government is seeking a Repair Turnaround Time (RTAT) of 300 days and requires that all repairs meet specific quality assurance standards, with inspections conducted by the government. Interested contractors should submit their quotes, including pricing and RTAT, to Ashley H. Betlock at ASHLEY.H.BETLOCK.CIV@US.NAVY.MIL or by phone at 717-605-1028, with all submissions due by the specified deadline.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotes for Chamber Services to conduct decompression sickness testing of CO2 countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920246Q. The procurement involves providing hypobaric chamber services to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which aims to assess decompression sickness risk during simulated Extravehicular Activities (EVAs). This initiative is critical for ensuring astronaut safety and optimizing prebreathe strategies in space missions. Interested small businesses must submit their quotes by December 8, 2025, at 7 a.m. CT to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in their email subject. Payments will not be made by credit card, and the total firm-fixed price is to be determined.
    Chamber Services for decompression sickness testing of exercise countermeasures
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to exercise countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920179Q. The procurement aims to support NASA's Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER) project, which investigates the effects of exercise on decompression sickness risk during space missions. This specialized service is critical for ensuring astronaut safety and performance during extravehicular activities (EVA). Quotes are due by December 8, 2025, at 7 a.m. CT, and interested vendors must submit their proposals to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in the email subject. Additionally, vendors must be registered at sam.gov and comply with specific telecommunications provisions to be eligible for award consideration.
    Purchase New Liquid Nitrogen Tank
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.